SOLICITATION NOTICE
C -- NGA Construction Management Services
- Notice Date
- 3/19/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Kansas City, Attn: CENWK-CT, 635 Federal Building 60l East 12th Street, Kansas City, Missouri, 64106-2896, United States
- ZIP Code
- 64106-2896
- Solicitation Number
- W912DQ-18-R-7000
- Archive Date
- 5/12/2018
- Point of Contact
- Jay B. Denker, Phone: 8163893934, David J. Walsh, Phone: 8163893352
- E-Mail Address
-
Jay.B.Denker@USACE.Army.mil, david.j.walsh@usace.army.mil
(Jay.B.Denker@USACE.Army.mil, david.j.walsh@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- ARCHITECT AND ENGINEERING SERVICES W912DQ-18-R-7000 SYNOPSIS Architect-Engineering (A-E) SERVICES INDEFINITE DELIVERY/INDEFINITE QUANTITY (IDIQ) CONTRACTS FOR N2W CONSTRUCION MANAGEMENT SERVICES (CMS) FOR THE KANSAS CITY DISTRICT 1. CONTRACT INFORMATION: These contracts are being procured in accordance with Public Law 92-582, the Brooks Act as implemented in FAR Subpart 36.6 and DFARS 236.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. The Architect-Engineer (A-E) contracts are required to support construction management services for the replacement campus for the National Geospatial Intelligence Agency's (NGA) 2nd Street St. Louis facilities. The project has been designated Next NGA West (N2W). A Multiple Award Task Order Contract (MATOC) pool consisting of three indefinite delivery contracts (IDCs) will be negotiated and awarded, with a base ordering period of five years, one option for two additional years and another option for one additional year. The total value of all task orders issued under this MATOC will not exceed $28,500,000. There is no limit on the value of individual task orders. Task orders will be solicited and negotiated on an individual basis in accordance with procedures identified in FAR part 16.505 and EP 715-1-7. Award of these contracts is anticipated in FY18. The North American Industrial Classification System (NAICS) codes for this procurement is 541330 (Engineering Services), which has a small business size standard of $15,000,000 in average annual receipts. This announcement is open to Small Businesses only. For the purpose of this procurement, a concern is considered a small business if its annual average gross revenue, taken for the last 3 fiscal years, does not exceed the size standards stated above. The wages and benefits of service employees (see FAR 22.10) performing under these contracts must be at least equal to those determined by the Department of Labor under the Service Contract Act. Service wage rates will be determined relative to the employee's office location rather than the location of work. The period of performance for the IDC's will begin on the date of contract award and the ordering period will be in effect for the five (5) year base period, and if the first option is exercised, two additional years, and if the second option is exercised, one additional year. The period of performance for task orders awarded under the IDC will be determined based upon the work requirement (not to exceed five (5) years from date the Task Order is awarded) and will be included in the task order solicitations and negotiated task order award documents. Firms must have a Dun & Bradstreet (D&B) number and be registered in the Department of Defense (DoD) System for Award Management (SAM). If you were not previously registered, please go to https://www.sam.gov. Instructions for new registration are also located at the following link: https://www.sam.gov/sam/transcript/Quick_Guide_for_Contract_Registrations_v1.7.pdf. Contractors may obtain information on registration and annual confirmation requirements at http://www.sam.gov or by calling (866) 606-8220. Additionally, in accordance with FAR Part 22.1303, all firms must complete their VETS-1442 report. Information can be found at the Department of Labor website http://www.dol.gov/vets/programs/fcp/main.htm, or call the service center at 1-866-237-0275; you will be asked to provide your company name, employer identification number (EIN), and DUNs number. 2. PROJECT INFORMATION: Firms must be capable of performing work to support construction phase services, including shop drawing review, design during construction, site visits, inspections, testing, office engineering, scheduling, cost estimating, evaluating and managing construction changes, etc. for the Kansas City District's Area Office supporting the Next NGA West (N2W) program, which will provide a new complex in St. Louis for the National Geospatial Intelligence Agency to replace their outdated 2nd Street facilities. The project is tentatively planned for construction to occur in the FY19 through FY24 timeframe. Efforts under this A-E contract for CMS are expected to begin late FY18. The complex is currently envisioned to consist of the following facilities: a. Main Operations Building (MOB) - 712,800SF b. Central Utilities Plant (CUP) - 38,000 SF c. Visitor Control Center (VCC) - 7,300 SF d. Remote Inspection Facility (RIF) - 9,500 SF e. Access Control Points (ACP) - 3,524 SF f. Structured Parking - 992,250 SF g. Associated Sitework (roads, utilities, landscaping, etc) A-E tasks will require an understanding of design/build construction principles on large, multi-level facilities similar to N2W. The A-E shall possess extensive knowledge in the functional areas of civil engineering, mechanical engineering, electrical engineering, cost engineering, and construction testing and inspections. The N2W facility will contain a multitude of complex mechanical and electrical (high and low voltage) systems and will incorporate innovative construction means and methods. The A-E will be required to provide professional services related to these complex systems to include, but not limited to, engineering design review/analysis and construction management, testing and inspections. The use of CADD and the latest Building Information Modeling (BIM) may be required. The BIM must be compliant with the latest version of the Industry Foundation Classes (IFC) as established by the International Alliance for Interoperability (IAI). The use of Micro-Computer Aided Cost Estimating System Second Generation (M2) and RS Means may be required for cost estimating. Additionally, the Government anticipates procuring a cloud based document management solution referred to as the Collaborative Program Workspace (CPW). The N2W program includes numerous contractors as well as multiple Government stakeholders. Since the program requires teams to work in a virtual environment with members contributing from all over the United States, the CPW will offer a secure and collaborative workspace for information management and sharing. The Government will manage a contract effort for this cloud based system through which the A-E contractor and other stakeholders will share information related to contract deliverables, administrative data, and organizational information. Project-specific requirements will be described in each individual task order's Statement of Work. Multiple task orders may be awarded with similar completion schedules and overlapping delivery dates. 3. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria a through e are primary and will be evaluated for all offerors. Criteria f and g are secondary and will only be used as tie-breakers among firms that are essentially technically equal. 3.1 Primary Selection Criteria a. Specialized experience and technical competence. Experience performing construction management services on large design build construction projects with systems or features similar to N2W. The basis of the evaluation will be the information in Section F of the SF 330. The government desires firms who demonstrate the best range of experience among their project portfolio. b. Professional Qualifications. Responding firms should demonstrate professional qualifications and experience on similar large vertical construction projects in these key disciplines: (1) Mechanical engineer (2) Electrical engineer (3) Civil engineer (4) Scheduler (5) Architect (6) Cost Engineer/Estimator (7) Fire Protection Engineer The basis of evaluation will be information provided in section E of the SF 330. The SF 330 should include a matrix in Section G showing experience of the proposed lead disciplines on the projects listed in Section F of the SF 330. The education, professional registration, certifications, overall and relevant experience, and longevity with the firm will be considered. All disciplines are equal in importance. This criterion is primarily concerned with the qualifications of the key personnel and not the number of personnel. The number of personnel is addressed under the capacity criterion below. The lead personnel for each discipline should be clearly identified in section E. Only one resume (the lead for that discipline) will be evaluated for each discipline. c. Past Performance. Past performance on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules. The Contract Performance Assessment Reports System (CPARS) is the primary source of information on past performance. CPARS will be queried for all firms submitting a SF330. If deemed appropriate by the evaluation board, performance evaluations for any significant team subcontractors who have previously been prime A-E contractors may also be considered. In addition to CPARS, the board may seek information on past performance from other sources. d. Knowledge of the locality. Knowledge of local conditions within Missouri and Illinois, specifically regarding: (1) climatic conditions (key discipline: mechanical); (2) local construction methods, including geotechnical and seismic considerations (key discipline: civil) and (3) local construction climate impact on cost estimating (key discipline(s): costs engineer/estimator). One rating will be determined for each of the three conditions. Within each condition, appropriate experience must be shown in each discipline to be counted. Experience in the greater St. Louis area will have greater importance. Evaluation will look at the specific experience of the proposed team as stated in Section E of the SF 330 e. Capacity to initiate work and complete within the time parameters of the project. The evaluation will consider the availability of an adequate number of personnel in the following key disciplines: mechanical engineering; electrical engineering; civil engineering, scheduling; architecture; cost estimating. The evaluation will look at numbers listed in Part II of the SF330 to evaluate the overall capacity of the team. Include a Part II form for each firm that is part of the proposed team. 3.2 Secondary Selection Criteria. The following secondary criteria will only be used as a tie-breaker, if necessary, in ranking the most highly qualified firms. The secondary criteria will not be co-mingled with the primary criteria in the evaluation. The two secondary selection criteria are listed in descending order of importance. f. Geographic Proximity. Responding firms should identify any offices operated in close proximity to St. Louis, MO and the contribution these office(s) will make in support of the project. g. Volume of DoD AE contract awards in the last 12 months. Responding firms should cite all contract numbers, task orders and modifications, award dates and total negotiated fees for any DoD AE contract awarded within the past twelve (12) months. This information will assist in effecting an equitable distribution of DoD AE contracts among qualified firms. The basis of the evaluation will be information submitted in Section H of the SF 330.   4. SUBMITTAL REQUIREMENTS: Interested firms having the capabilities to perform this work must submit one original and five copies of the SF 330 and one electronic copy on CD in PDF format to the address listed below no later than 2:00 PM Kansas City time on April 27, 2018. Copies of the SF 330, Part II, for the prime firm and all consultants should be included in the SF 330. Only one SF 330 Part I for the team as a whole should be included. Include the firm's DUNS and CAGE CODE identification numbers in SF 330, Part I, Section B, Block 5. A maximum of six (six) projects for the proposed team (including joint ventures and teaming partners) shall be shown in section F. A "project" is defined as work performed at one site or a single installation. An Indefinite Delivery Contract (IDC) will not be considered a "project" for the purposes of evaluation. If the offeror provides a specific task order as a project, it should provide the base contract number and the task order number for reference purposes. If the offeror provides a site-specific contract as a project, it should provide the contract number for reference purposes. Project descriptions shall clearly state extent of work performed by the team, extent of design completed (for instance, preparation of design-build package; 100% design; construction services, etc.), and dates of completion of work. Clearly cite whether the experience is that of the prime (or joint venture), consultant or an individual for each project in Section F. Work cited that is experience of the prime (or joint venture) from an office other than that identified in Section C should be so labeled. Projects (or phases of projects) with construction completed before July, 2011 will not be considered. Projects (or phases of projects) for which work is not complete or substantially complete will not be considered. Interviews will be held with the most highly qualified firms. Interviews will be conducted telephonically after determination of the most highly qualified firms. The SF 330 should have a total page limitation of 150 printed pages with Section H limited to twenty (20) pages. Each project in Section F should be limited to two (2) pages; Part II is excluded from the 150 printed page limit. Double-sided sheets will count as two pages. Page sheets of 11 inches x 17 inches will be counted as a single page. Tabs do not count against the page count limit, but information contained on divider tabs will not be evaluated. For all SF 330 sections, use no smaller than 11 point font. Note: This is not a request for proposal. Submit responses to: If your firm intends to submit an SF 330 for this procurement, please e-mail Jay Denker at Jay.B.Denker@usace.army.mil not later than 2:00 p.m. (CST) April 3, 2018 for detailed deliver instructions. U.S. Army Engineering District, Kansas City ATTN: CECT-NWK-CT-M/ Jay Denker 647 Bolling Federal Building 601 E. 12th Street Kansas City, Missouri 64106-2896 5. QUESTIONS: Questions should be addressed to Jay Denker at (816) 389-3934.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-18-R-7000/listing.html)
- Place of Performance
- Address: NGA New Construction Site - Cass and Jefferson Streets, St. Louis, Missouri, 63106, United States
- Zip Code: 63106
- Zip Code: 63106
- Record
- SN04858800-W 20180321/180319230942-137df94887e47a19b7631930426992bb (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |